Perspecta Enterprise Solutions LLC v. United States

CourtUnited States Court of Federal Claims
DecidedJanuary 15, 2021
Docket20-814
StatusPublished

This text of Perspecta Enterprise Solutions LLC v. United States (Perspecta Enterprise Solutions LLC v. United States) is published on Counsel Stack Legal Research, covering United States Court of Federal Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Perspecta Enterprise Solutions LLC v. United States, (uscfc 2021).

Opinion

In the United States Court of Federal Claims No. 20-814 Filed: December 17, 2020 Reissued: January 15, 20211

) PERSPECTA ENTERPRISE ) SOLUTIONS LLC, ) ) Plaintiff, ) ) Bid Protest; Tucker Act; Unsuccessful v. ) Offeror; Organizational Conflict of ) Interest; Material Misrepresentation; Cost THE UNITED STATES, ) Realism; Price Realism; Unequal ) Discussions; Technical Evaluation; Defendant, ) Disparate Treatment; Prejudice; Injunctive ) Relief and ) ) LEIDOS, INC., ) ) Defendant-Intervenor. ) )

Daniel R. Forman, Crowell & Moring LLP, Washington, DC, for plaintiff.

Kelly A. Krystyniak, U.S. Department of Justice, Civil Division, Washington, DC, for defendant.

James J. McCullough, Fried Frank, Washington, DC, for defendant-intervenor.

OPINION AND ORDER

SMITH, Senior Judge

This post-award bid protest comes before the Court on the parties’ Cross-Motions for Judgment on the Administrative Record. Plaintiff, Perspecta Enterprise Solutions, LLC (“Perspecta”), challenges the evaluation of offerors and the award decision issued by the Department of the Navy, Naval Information Warfare Systems Command (“Navy” or “Agency”) for secure end-to-end Information Technology (“IT”) services under Request for Proposal No. N00039-18-R-0005 (“RFP” or “Solicitation”). Specifically, plaintiff challenges the Agency’s award to defendant-intervenor, Leidos, Inc. (“Leidos”), based on the following: (1) the Contracting Officer’s (“CO”) failure to conduct a reasonable investigation into an Organizational Conflict of Interest (“OCI”); (2) Leidos’ material misrepresentation of the availability of

1 An unredacted version of this opinion was issued under seal on December 17, 2020. The parties were given an opportunity to propose redactions and those redactions are included herein. personnel within its proposal; (3) the Navy’s flawed price and cost realism; (4) the Navy’s failure to engage in meaningful discussions with plaintiff; and (5) the Navy’s flawed technical and managerial factor analysis. See generally Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 54 [hereinafter Pl.’s MJAR]. In response, defendant and defendant-intervenor contend that plaintiff’s OCI challenge is waived and that plaintiff has failed to demonstrate that the award decision was irrational or the result of prejudicial violations of law. See generally Defendant’s Response in Opposition to Plaintiff’s Motion for Judgment upon the Administrative Record, and Cross-Motion for Judgment upon the Administrative Record, ECF No. 68 [hereinafter Def.’s CMJAR]; Cross-Motion of Defendant-Intervenor Leidos, Inc. for Judgment on the Administrative Record and Response to Plaintiff’s Motion for Judgment on the Administrative Record, ECF No. 69 [hereinafter Def.-Int.’s CMJAR]. For the reasons set forth below, the Court denies plaintiff’s Motion for Judgment on the Administrative Record and grants defendant and defendant-intervenor’s Cross-Motions for Judgment on the Administrative Record.

I. Background

Plaintiff is the incumbent contractor for the Navy’s predecessor Next Generation Enterprise Network (“NGEN”) contract. Complaint at 6, ECF No. 1 [hereinafter Compl.]. On October 18, 2018, the Navy issued the RFP for the Navy’s Next Generation Enterprise Network Re-Compete (“NGEN-R”) Service Management, Integration, and Transport contract, which sought secure end-to-end IT services to over 400,000 hardware devices and 60,000 users via the Navy Marine Corps Intranet and the Marine Corps Enterprise Network, as well as 30,000 devices and over 45,000 users via the Navy Enterprise Network.2 Administrative Record 13455 [hereinafter AR]. The RFP contemplated the award of a single Indefinite Delivery/Indefinite Quantity contract with firm, fixed-price (“FFP”), fixed-price-incentive fee, and cost-plus-fixed fee (“CPFF”) contract line items (“CLIN”). AR 93–350. The RFP anticipated awarding a contract with a potential estimated value of $7.7 billion on a base period of five years, with three one-year option periods. AR 475. The RFP provided for a best-value trade-off evaluation based on the following six factors: (1) Technical Approach, (2) Management Approach, (3) Past Performance, (4) Transition Approach, (5) Cost/Price, and (6) Gate Criteria. AR 14078. The first three factors would be weighted in descending order of importance and, when combined, would be significantly more important than Factor 5. AR 14078. Factor 4 and Factor 6 were to be evaluated on an “acceptable/unacceptable basis” and would not be a part of the trade-off analysis. AR 14078. Only Factors 1, 2, and 5 are relevant to this protest. Pl.’s MJAR at 3, n.1.

Factor 1: Technical Approach—contained the following two equally weighted subfactors: Systems Engineering (Subfactor 1.1), and Network Transformation/Modernization Sample Exercise (Subfactor 1.2). AR 14081. Based on the Navy’s assessment of the strengths, weaknesses, and deficiencies identified in each proposal, as well as the associated risk, offerors received one of the following adjectival ratings: Outstanding, Good, Acceptable, Marginal, and Unacceptable. AR 14079–81. The RFP required that, under Factor 2: Management Approach, the Navy was to utilize the aforementioned adjectival ratings to assess proposals according to the following four equally weighted subfactors: Program Management Plan (Subfactor 2.1),

2 The Request for Proposal (“RFP”) was amended fifteen times. See AR 14095–123. -2- Network Operations (Subfactor 2.2), Tools Management and Data Access (Subfactor 2.3), and Supply Chain Risk Management (Subfactor 2.4). AR 14070, 14081–82. Under Factor 5: Cost/Price, the RFP required the Navy to conduct a cost-realism analysis for all cost-type line items, to conduct a price realism analysis for all fixed-price line items, and to consider whether an offeror’s prices for the fixed price CLINs were materially unbalanced. AR 14085–86.

Perspecta, Leidos, and a third offeror submitted initial proposals on January 24, 2019. See generally AR Tab 22; AR Tab 23. After evaluating initial proposals from the three offerors, the Navy established a competitive range, including Perspecta and Leidos, and held discussions with these two offerors. AR 25426. Following discussions, Perspecta and Leidos submitted final proposal revisions (“FPRs”) on September 12, 2019. AR 25426. The Source Selection Evaluation Board (“SSEB”) evaluated the two remaining proposals and awarded Leidos sixty-six strengths, three weaknesses, and no significant weaknesses. AR 25099–182. The SSEB assigned Perspecta nineteen strengths, fifteen weaknesses, and five significant weaknesses. AR 25183–259. Perspecta and Leidos were evaluated and the results of the trade-off factors (Factor 1, 2, 3, and 5) were as follows:

Def.-Int.’s CMJAR at 5; See AR 25427. The Source Selection Authority (“SSA”) evaluated the reports of both the SSEB and the Cost/Price Evaluation Board (“CPEB”) and selected Leidos for award. AR 25366. According to the Navy’s Source Selection Decision Document, Leidos’ proposal was more highly rated under the Technical Subfactors, and its evaluated cost/price was lower than Perspecta’s. AR 25428. On February 5, 2020, the Navy notified Perspecta that it had awarded the contract to Leidos with a potential contract value of $7,729,639,286. See AR 25440.

-3- In selecting Leidos for award, the SSA noted that Leidos submitted a “clearly superior proposal,” as it received “‘Outstanding’ ratings in five of the six most important subfactors while Perspecta received ‘Marginal’ ratings in three of the six most important subfactors.” AR 25437. Moreover, the SSA clarified that she based her decision on the “underlying rational for the ratings,” rather than basing her award only on adjectival ratings. AR 25437.

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Savantage Financial Services, Inc. v. United States
595 F.3d 1282 (Federal Circuit, 2010)
United States v. Testan
424 U.S. 392 (Supreme Court, 1976)
Tyler Construction Group v. United States
570 F.3d 1329 (Federal Circuit, 2009)
Blue & Gold Fleet, L.P. v. United States
492 F.3d 1308 (Federal Circuit, 2007)
Honeywell, Inc. v. The United States v. Haz-Tad, Inc.
870 F.2d 644 (Federal Circuit, 1989)
E.W. Bliss Company v. United States
77 F.3d 445 (Federal Circuit, 1996)
Advanced Data Concepts, Incorporated v. United States
216 F.3d 1054 (Federal Circuit, 2000)
Bannum, Inc. v. United States
404 F.3d 1346 (Federal Circuit, 2005)
Comint Systems Corp. v. United States
700 F.3d 1377 (Federal Circuit, 2012)
Supreme Foodservice Gmbh v. United States
109 Fed. Cl. 369 (Federal Claims, 2013)
Q Integrated Companies, LLC v. United States
126 Fed. Cl. 124 (Federal Claims, 2016)
Csc Government Solutions LLC v. United States
129 Fed. Cl. 416 (Federal Claims, 2016)

Cite This Page — Counsel Stack

Bluebook (online)
Perspecta Enterprise Solutions LLC v. United States, Counsel Stack Legal Research, https://law.counselstack.com/opinion/perspecta-enterprise-solutions-llc-v-united-states-uscfc-2021.